BANGLADESH POWER DEVELOPMENT BOARDbpdb.alltender.com/upload/tender_schedule/tender_407850.pdf ·...

108
i BANGLADESH POWER DEVELOPMENT BOARD TENDER DOCUMENT FOR Procurement of Turbine Supervisory Electrical Instruments (Pressure/Temperature Gauge, Pressure Switch, Pressure Transmitter, Solenoid Valve Etc. for Tongi 80 MW Gas Turbine Power Station, BPDB, Tongi, Gazipur, Bangladesh. AGAINST TENDER ENQUIRY NO: PUR- 338/2016 DATED- 30/5/2016 DIRECTORATE OF PURCHASE BANGLADESH POWER DEVELOPMENT BOARD WAPDA BUILDING (9 TH FLOOR), MOTIJHEEL, C/A. DHAKA, BANGLADESH May/2016

Transcript of BANGLADESH POWER DEVELOPMENT BOARDbpdb.alltender.com/upload/tender_schedule/tender_407850.pdf ·...

  • i

    BANGLADESH POWER DEVELOPMENT BOARD

    TENDER DOCUMENT

    FOR

    Procurement of Turbine Supervisory Electrical Instruments (Pressure/Temperature Gauge, Pressure Switch, Pressure

    Transmitter, Solenoid Valve Etc. for Tongi 80 MW Gas Turbine Power Station, BPDB, Tongi, Gazipur, Bangladesh.

    AGAINST

    TENDER ENQUIRY NO: PUR- 338/2016 DATED- 30/5/2016

    DIRECTORATE OF PURCHASE BANGLADESH POWER DEVELOPMENT BOARD

    WAPDA BUILDING (9TH FLOOR), MOTIJHEEL, C/A. DHAKA, BANGLADESH

    May/2016

  • Supply of turbine supervisory electrical instrument for Tongi 80 MW PS

    ii

    Table of Contents Tender Notice .. Rejection Clause

    Section 1. Instructions to Tenderers ............................................................................ 1

    A. General ....................................................................................................................... 1 1. Scope of Tender ......................................................................................................................... 1 2. Interpretation .............................................................................................................................. 1 3. Source of Funds ......................................................................................................................... 1 4. Corrupt, Fraudulent, Collusive or Coercive Practices ............................................................ 2 5. Eligible Tenderers ...................................................................................................................... 3 6. Eligible Goods and Related Services ....................................................................................... 4 7. Site Visit ...................................................................................................................................... 4

    B. Tender Document ...................................................................................................... 5 8. Tender Document: General ....................................................................................................... 5 9. Clarification of Tender Documents ........................................................................................... 5 10. Pre-Tender Meeting .................................................................................................................... 5 11. Addendum to Tender Documents ............................................................................................. 6

    C. Qualification Criteria ................................................................................................. 7 12. General Criteria .......................................................................................................................... 7 13. Litigation History ........................................................................................................................ 7 14. Experience Criteria ..................................................................................................................... 7 15. Financial Criteria ........................................................................................................................ 7 16. Appointment of Subcontractor ................................................................................................. 7

    D. Tender Preparation .................................................................................................... 8 17. Only One Tender ........................................................................................................................ 8 18. Cost of Tendering ....................................................................................................................... 8 19. Issuance and Sale of Tender Document................................................................................... 8 20. Language of Tender ................................................................................................................... 8 21. Contents of Tender .................................................................................................................... 9 22. Alternatives ............................................................................................................................... 10 23. Tender Prices, Discounts ........................................................................................................ 10 24. Tender Currency ....................................................................................................................... 13 25. Documents Establishing the Conformity of the Goods and Related services .................... 13 26. Documents Establishing Qualifications of the Tenderer ...................................................... 13 27. Validity Period of Tender ........................................................................................................ 14 28. Extension of Tender Validity and Tender Security ................................................................ 14 29. Tender Security ........................................................................................................................ 15 30. Form of Tender security ........................................................................................................ 15 31. Authenticity of Tender Security .............................................................................................. 15 32. Return of Tender Security ....................................................................................................... 15 33. Forfeiture of Tender Security .................................................................................................. 16 34. Format and Signing of Tender ................................................................................................ 16

    E. Tender Submission ................................................................................................. 17 35. Sealing, Marking and Submission of Tender ......................................................................... 17 36. Deadline for Submission of tenders ....................................................................................... 17 37. Late tender ................................................................................................................................ 18 38. Modification, Substitution or Withdrawal of Tenders........................................................... 18 39. Tender Modification ................................................................................................................. 18 40. Tender Substitution.................................................................................................................. 18 41. Withdrawal of Tender ............................................................................................................... 18

    F. Tender Opening and Evaluation ............................................................................. 18 42. Tender Opening ........................................................................................................................ 18 43. Evaluation of Tenders .............................................................................................................. 20 44. Evaluation process .................................................................................................................. 20 45. Preliminary Examination .......................................................................................................... 20

  • Supply of turbine supervisory electrical instrument for Tongi 80 MW PS

    iii

    46. Technical Examinations & Responsiveness .............................................................................. 21 47. Clarification on Tender ............................................................................................................ 23 48. Restrictions on the Disclosure of Information Relating to the Procurement Process ....... 23 49. Correction of Arithmetical Errors ........................................................................................... 23 50. Conversion to Single Currency ............................................................................................... 24 51. Domestic Preference ................................................................................................................ 24 52. Financial Evaluation ................................................................................................................. 25 53. Assessing the Price of Unpriced Items ................................................................................. 26 54. Evaluation of Domestic Preference ........................................................................................ 26 55. Price Comparison ..................................................................................................................... 27 56. Negotiation ................................................................................................................................ 27 57. Post-qualification ..................................................................................................................... 27 58. Rejection of All Tenders .......................................................................................................... 28 59. Informing Reasons for Rejection ............................................................................................ 28

    G. Contract Award ........................................................................................................ 29 60. Award Criteria ........................................................................................................................... 29 61. Purchasers Right to Vary Quantities ..................................................................................... 29 62. Notification of Award ............................................................................................................... 29 63. Performance Security .............................................................................................................. 29 64. Form and Time Limit for furnishing of Performance security .............................................. 30 65. Validity of Performance Security ............................................................................................ 30 66. Authenticity of performance Security..................................................................................... 30 67. Contract Signing ...................................................................................................................... 30 68. Publication of Notification of Award of Contract ................................................................... 31 69. Debriefing of Tenderers ........................................................................................................... 31 70. Right to Complain .................................................................................................................... 31

    Section 2. Tender Data Sheet ...................................................................................... 32

    A. General ..................................................................................................................... 32

    B. Tender Document .................................................................................................. 33

    C. Qualification Criteria ............................................................................................... 33

    D. Preparation of Tender.............................................................................................. 34

    E. Submission of Tender ............................................................................................. 36

    F. Opening and Evaluation of Tenders ....................................................................... 36

    G. Award of Contract .................................................................................................... 37

    Section 3. General Conditions of Contract ................................................................. 38 1. Definitions ................................................................................................................................. 38 2. Contract Documents ................................................................................................................ 39 3. Corrupt, Fraudulent, Collusive or Coercive Practices .......................................................... 39 4. Interpretation ............................................................................................................................ 40 5. Documents Forming the Contract in order of precedence ................................................... 41 6. Eligibility ................................................................................................................................... 41 7. Governing Language................................................................................................................ 41 8. Governing Law ......................................................................................................................... 42 9. No fees/Gratuities ..................................................................................................................... 42 10. Use of Contract Documents & Information ............................................................................ 42 11. Communications & Notices ..................................................................................................... 42 12. Trademark, Patent and Intellectual Property Rights ............................................................. 42 13. Copyright .................................................................................................................................. 42 14. Assignment ............................................................................................................................... 43 15. Sub contracting ........................................................................................................................ 43 16. Suppliers Responsibilities ...................................................................................................... 43 17. Purchasers Responsibilities .................................................................................................. 43 18. Scope of Supply ....................................................................................................................... 43 19. Amendment to Order................................................................................................................ 43

  • Supply of turbine supervisory electrical instrument for Tongi 80 MW PS

    iv

    20. Instances When Amendment to Order May be Issued .......................................................... 45 21. Adjustments in Contract Price and/or Delivery Schedule in Amendment to Order ........... 45 22. Packing and Documents .......................................................................................................... 45 23. Delivery and Documents .......................................................................................................... 46 24. Acceptance ............................................................................................................................... 46 25. Contract Price ........................................................................................................................... 46 26. Transportation .......................................................................................................................... 47 27. Terms of Payment .................................................................................................................... 47 28. Insurance .................................................................................................................................. 47 29. Taxes and Duties ...................................................................................................................... 48 30. Performance Security .............................................................................................................. 48 31. Specifications and Standards ................................................................................................. 48 32. Inspections and Tests .............................................................................................................. 48 33. Warranty .................................................................................................................................... 49 34. Delays in Delivery and Extensions of Time ............................................................................ 50 35. Liquidated Damages ................................................................................................................ 51 36. Limitation of Liability ............................................................................................................... 51 37. Change in Laws and Regulations ........................................................................................... 51 38. Definition of Force Majeure ..................................................................................................... 52 39. Notice of Force Majeure ........................................................................................................... 52 40. Duty to Minimise Delay ............................................................................................................ 52 41. Consequences of Force Majeure ............................................................................................ 53 42. Termination for Default ............................................................................................................ 53 43. Termination for insolvency ...................................................................................................... 54 44. Termination for Convenience .................................................................................................. 54 45. Procedures for Termination of Contracts .............................................................................. 55 46. Contract Amendment ............................................................................................................... 56 47. Settlement of Disputes............................................................................................................. 56

    Section 4. Particular Conditions of Contract.............................................................. 58

    Section 5. Tender and Contract Forms ....................................................................... 65

    Tender Submission Letter (Form PG4 1) .................................................................................. 66

    Tenderer Information Sheet (Form PG4-2) .................................................................................. 69

    Price Schedule for Goods (Form PG4-3A) Not Applicable ..................................................... 72

    Price Schedule for Goods (Form PG4-3B) ................................................................................... 73

    [Group B Tenders: Goods Manufactured outside Bangladesh, to be imported]..................... 73

    Price Schedule for Goods (Form PG4-3C)- Not Applicable ....................................................... 81

    Price and Completion Schedule - Related Services (Form PG4-3D)-Not Applicable .............. 82

    Specifications Submission and Compliance Sheet (Form PG4-4) ............................................ 83

    Manufacturers Authorisation & Warranty/Guarantee Letter (Form PG4 - 5) ........................... 87

    Bank Guarantee for Tender Security (Form PG4 6) ................................................................. 88

    Notification of Award (Form PG4 - 7) ........................................................................................... 89

    Contract Agreement (Form PG4 - 8) ............................................................................................. 90

    Bank Guarantee for Performance Security(Form PG4 9) ........................................................ 91

    Bank Guarantee for Advance Payment (Form PG4 10) N/A .................................................. 92

    Deviation List (Form PG4-11) ........................................................................................................ 93

    Section 6. Schedule of Requirements ........................................................................ 94

    Section 7. Technical Specifications ............................................................................ 99

    Section 8. Drawings ................................................................................................... 102

  • Supply of turbine supervisory electrical instrument for Tongi 80 MW PS

    v

    REJECTION CLAUSES

    (Tender shall be rejected if the Tenderer does not comply with but not limited to the following criteria)

    1. Tenderer shall have to comply with Eligibility criteria (ITT 5), Litigation history (ITT 13), Experience criteria (ITT 14);

    2. Tender Submission Letter (Form PG4-1) shall be properly filled up by the Tenderer (ITT 21.1 a) ;

    3. The Price Schedule for Goods and Related Services (Form PG4-3A, 3B, 3C and

    PG4-3D) shall be properly filled up by the Tenderer (ITT 21.1 c). Tenderers are not allowed to change/ modify the format of Price Schedule.

    4. The Specifications Submission and Compliance Sheet (Form PG4-4) shall be

    properly filled up by the Tenderer (ITT 21.1 e); 5. Tender shall have to comply requirement of minimum no. of items (ITT 23.5); 6. Tender must comply requirement of Individual item (ITT 23.7);

    7. Tenderer shall have to submit sealed & signed tender document [ITT (TDS 21.1(q), i]

    8. If Tenderer does not manufacture or produce the Goods it offers to supply shall

    submit the Manufacturers Authorization & Warranty/Guarantee Letter (Form PG4-5) furnished in Section 5: Tender and Contract Forms, to demonstrate that it has been duly authorized by the manufacturer or producer of the Goods to supply the Goods to Bangladesh (ITT 26.1b). [ITT (TDS 21.1(q) iv];

    9. Tender shall remain valid for the period specified in the TDS after the date of Tender

    submission deadline (ITT 27.2); 10. Tender must be accompanied by a valid Tender Security (ITT 31.3);

    11. Tender must be accompanied by Letter of Authorization to sign the Tender on behalf

    of the Tenderer (ITT 34.3, 34.4);

    12. Tenderer shall have to comply with the payment terms [ITT(TDS 52.5)];

    13. Tender shall have to comply the Delivery and Completion Schedule specified in Section 6, Schedule of Requirements terms.(ITT 46.2 d)

    14. The Tenderer shall have to submit with the Tender the guarantee/warranty certificate of the offered goods from the manufacturer and its satisfactory performance during warranty period as per GCC 33.3. [ITT (TDS 21.1(q), vi];

    15. Tender shall have to submit Certificate from the manufacturer confirming that his offered items are new, unused, in good condition and will fit properly without any modification [ITT (TDS 21.1(q), vii];

    16. Tenderer shall have to submit manufacturers drawing, Model no., Input/output data range, material of construction, process connection, voltage, watt etc. with their offer for the items as mentioned section 7. [ITT (TDS 21.1(q), viii];

  • Supply of turbine supervisory electrical instrument for Tongi 80 MW PS

    vi

    This page will be replaced by tender notice

  • Supply of turbine supervisory electrical instrument for Tongi 80 MW PS

    1

    Section 1. Instructions to Tenderers

    A. General

    1. Scope of Tender

    1.1 The Purchaser named in the Tender Data Sheet (TDS) (hereinafter referred to as the Purchaser) wishes to issues these Tender Document s for the supply of Goods, and Related Services incidental thereto, as specified in the TDS and as detailed in Section 6: Schedule of Requirements.

    1.2 The name of the Tender and the number and identification of its constituent lot(s) are stated in the TDS.

    1.3 The successful Tenderer will be required to complete the delivery of the goods and related services (when applicable) as specified in the GCC Clause 18.

    2. Interpretation 2.1 Throughout this Tender Document

    (a) the term in writing means communication written by hand or machine duly signed and includes properly authenticated messages by facsimile or electronic mail;

    (b) if the context so requires, singular means plural and vice versa; and

    (c) day means calendar days unless otherwise specified as working days;

    (d) "Tender Document ", means the Document provided by a Purchaser to a Tenderer as a basis for preparation of its Tender;

    (e) "Tender ", depending on the context, means a Tender submitted by a Tenderer for delivery of Goods and Related Services to a Purchaser in response to an Invitation for Tender ;

    3. Source of Funds

    3.1 The Purchaser has been allocated public funds from the source as indicated in the TDS and intends to apply a portion of the funds to eligible payments under the contract for which this Tender Document is issued.

    3.2 For the purpose of this provision, public funds means any funds allocated to a Purchaser under Government budget, or loan, grants and credits placed at the disposal of a Purchaser through the Government by the development partners or foreign states or organizations.

    3.3 Payments by the development partner, if so indicated in the TDS, will be made only at the request of the Government and upon approval by the development partner in accordance with the applicable Loan/Credit/Grant Agreement, and will be subject in all respects to the terms and conditions of that Agreement.

  • Supply of turbine supervisory electrical instrument for Tongi 80 MW PS

    2

    4. Corrupt, Fraudulent, Collusive or Coercive Practices

    4.1 The Government requires that Procuring Entities, as well as Tenderers shall observe the highest standard of ethics during implementation of procurement proceedings and the execution of Contracts under public funds.

    4.2 The Government requires that Procuring Entities, as well as Tenderers and Suppliers shall, during the Procurement proceedings and the execution of Contracts under public funds, ensure-

    (a) strict compliance with the provisions of Section 64 of the Public Procurement Act 2006 (Act 24 of 2006);

    (b) abiding by the code of ethics as mentioned in the Rule127 of the Public Procurement Rules, 2008;

    (c) that neither its any officer nor any staff or any other agents or intermediaries working on its behalf engages in any practice as detailed in ITT Sub Clause 4.3.

    4.3 For the purposes of ITT Sub-clause 4.2 the terms set forth as

    bellows: (a) corrupt practice means offering, giving or promising to give,

    receiving, or soliciting, either directly or indirectly, to any officer or employee of a Purchaser or other public or private authority or individual, a gratuity in any form; employment or any other thing or service of value as an inducement with respect to an act or decision or method followed by a Purchaser in connection with a Procurement proceeding or contract execution;

    (b) fraudulent practice means the misrepresentation or omission of facts in order to influence a decision to be taken in a Procurement proceeding or Contract execution;

    (c) collusive practice means a scheme or arrangement between two (2) or more Persons, with or without the knowledge of the Purchaser, that is designed to arbitrarily reduce the number of Tenders submitted or fix Tender prices at artificial, non competitive levels, thereby denying a Purchaser the benefits of competitive price arising from genuine and open competition; or

    (d) coercive practice means harming or threatening to harm, directly or indirectly, Persons or their property to influence a decision to be taken in a Procurement proceeding or the execution of a Contract, and this will include creating obstructions in the normal submission process used for Tenders.

    4.4 Should any corrupt, fraudulent, collusive or coercive practice of any kind come to the knowledge of the Purchaser, it will, in the first place, allow the Tenderer to provide an explanation and shall, take actions only when a satisfactory explanation is not received. Such exclusion and the reasons thereof, shall be recorded in the record of the procurement proceedings and promptly communicated to the Tenderer concerned. Any

  • Supply of turbine supervisory electrical instrument for Tongi 80 MW PS

    3

    communications between the Tenderer and the Purchaser related to matters of alleged fraud or corruption shall be in writing.

    4.5 If corrupt, fraudulent, collusive or coercive practices of any kind determined by the Purchaser against any Tenderer alleged to have carried out such practices, the Purchaser shall -

    (a) exclude the concerned Tenderer from further participation in the particular Procurement proceeding; or

    (b) reject any recommendation for award that had been proposed for that concerned Tenderer or;

    (c) declare, at its discretion, the concerned Tenderer to be ineligible to participate in further Procurement proceedings, either indefinitely or for a specific period of time.

    4.6 The Tenderer shall be aware of the provisions on corruption, fraudulence, collusion and coercion in Section 64 of the Public Procurement Act, 2006 and Rule 127 of the Public Procurement Rules, 2008 and others as stated in GCC Clause 3.

    5. Eligible Tenderers

    5.1 This Invitation for Tenders is open to eligible Tenderers from all countries, except for any specified in the TDS. A Tenderer will be eligible if it is a citizen, or is constituted, registered and operates in conformity with the provisions of the laws of that country.

    5.2 A Tenderer may be a physical or juridical individual or body of individuals, or company, association invited to take part in public procurement or seeking to be so invited or submitting a Tender in response to an Invitation for Tenders.

    5.3 Government-owned enterprises in Bangladesh shall be eligible only if they can establish that they (i) are legally and financially autonomous, (ii) operate under commercial law, and (iii) are not a dependent agency of the Purchaser.

    5.4 Tenderers shall have the legal capacity to enter into the Contract. A Tenderer that is under a declaration of ineligibility by the Government of Bangladesh in accordance with applicable laws at the date of the deadline for Tender submission or thereafter shall be disqualified.

    5.5 Tenderers and all parties constituting the Tenderer shall not have a conflict of interest pursuant to Rule 55 of the Public Procurement Rules, 2008.

    5.6 Tenderers in its own name or its other names or also in the case of its Persons in different names, shall not be under a declaration of ineligibility for corrupt, fraudulent, collusive or coercive practices as stated under ITT Sub Clause 4.3.

    5.7 Tenderers are not restrained or barred from participating in public Procurement on grounds of execution of defective supply in the past under any Contract.

  • Supply of turbine supervisory electrical instrument for Tongi 80 MW PS

    4

    5.8 Tenderers are not under a declaration of ineligibility by an international financing agency such as World Bank, Asian Development Bank or any other international agency.

    5.9 Tenderers shall not be insolvent, be in receivership, be bankrupt, be in the process of bankruptcy, be not temporarily barred from undertaking business and it shall not be the subject of legal proceedings for any of the foregoing.

    5.10 Tenderers shall have fulfilled its obligations to pay taxes and social security contributions under the provisions of laws and regulations of the country of its origin. In the case of foreign Tenderers, a certificate of competent authority in that country of which the Tenderer is citizen shall be provided.

    5.11 Tenderers shall provide such evidence of their continued eligibility satisfactory to the Purchaser, as the Purchaser will reasonably request.

    5.12 These requirements for eligibility will extend, as applicable, to Sub-contractor proposed by the Tenderer.

    6. Eligible Goods and Related Services

    6.1 All goods and related services to be supplied under the contract are eligible, unless their origin is from a country specified in the TDS.

    6.2 For purposes of this Clause, the term goods includes commodities, raw material, machinery, equipment, and industrial plants; and related services includes services such as insurance, transportation, installation, and commissioning, training, and initial maintenance.

    6.3 For purposes of this clause, origin means the country where the goods have been mined, grown, cultivated, produced, manufactured or processed; or through manufacture, processing, or assembly, another commercially recognized article results that differs substantially in its basic characteristics from its components.

    6.4 The origin of goods and services is distinct from the nationality of the Tenderer. The nationality of the firm that produces, assembles, distributes, or sells the goods shall not determine their origin.

    7. Site Visit 7.1 For goods contracts requiring installation/ commissioning/ networking or similar services at site, the Tenderer, at the Tenderers own responsibility and risk, is encouraged to visit and examine the Site and obtain all information that may be necessary for preparing the Tender and entering into a contract for the supply of goods and related services.

    7.2 The Tenderer should ensure that the Purchaser is informed of the visit in adequate time to allow it to make appropriate arrangements.

  • Supply of turbine supervisory electrical instrument for Tongi 80 MW PS

    5

    7.3 The costs of visiting the Site shall be at the Tenderers own expense.

    B. Tender Document

    8. Tender Document: General

    8.1 The Sections comprising the Tender Document are listed below and should be read in conjunction with any addendum issued under ITT Clause 11.

    Section 1 Instructions to Tenderers (ITT)

    Section 2 Tender Data Sheet (TDS)

    Section 3 General Conditions of Contract (GCC)

    Section 4 Particular Conditions of Contract (PCC)

    Section 5 Tender and Contract Forms

    Section 6 Schedule of Requirements

    Section 7 Technical Specifications

    Section 8 Drawings

    8.2 The Purchaser shall reject any Tender if the Tender Document was not purchased directly from the Purchaser, or through its agent as stated in the TDS.

    8.3 The Tenderer is expected to examine all instructions, forms, terms, and specifications in the Tender Document as well as addendum to Tender Documents.

    9. Clarification of Tender Documents

    9.1 A prospective Tenderer requiring any clarification of the Tender Document shall contact the Purchaser in writing at the Purchasers address indicated in the TDS before two-third of time allowed for preparation and submission of Tender elapses.

    9.2 A Purchaser is not obliged to answer any clarification received after that date requested under ITT Sub-Clause 9.1.

    9.3 The Purchaser shall respond in writing within five (5) working days of receipt of any such request for clarification received under ITT Sub-Clause 9.1

    9.4 The Purchaser shall forward copies of its response to all those who have purchased the Tender Document, including a description of the enquiry but without identifying its source.

    9.5 Should the Purchaser deem it necessary to amend the Tender Document as a result of a clarification, it shall do so following the procedure under ITT Clause 11.

    10. Pre-Tender Meeting

    10.1 To clarify issues and to answer questions on any matter arising in the Tender Document, the Purchaser may, if stated in the TDS, hold a Pre-Tender Meeting at the place, date and time as specified in the TDS. All Potential Tenderers are encouraged to attend the meeting,

  • Supply of turbine supervisory electrical instrument for Tongi 80 MW PS

    6

    if it is held.

    10.2 Minutes of the pre-Tender meeting, including the text of the questions raised and the responses given, together with any responses prepared after the meeting, will be transmitted within one week (7 days) after holding the meeting to all those who purchased the Tender Document and even those who did not attend the meeting.

    10.3 Any amendment to the Tender Document listed in ITT Sub-Clause 8.1 that may become necessary as a result of the pre-Tender meeting shall be made by the Purchaser exclusively through the issue of an Addendum as stated under ITT Sub-Clause 11 and not through the minutes of the pre-Tender meeting.

    10.4 Non-attendance at the pre-Tender meeting will not be a cause for disqualification of a Tenderer.

    11. Addendum to Tender Documents

    11.1 At any time prior to the deadline for submission of Tenders, the Purchaser on its own initiative or in response to a clarification request in writing from a Tenderer, having purchased the Tender Document or as a result of a Pre-Tender meeting, may revise the Tender Document by issuing an addendum pursuant to Rule 95 of the Public Procurement Rules, 2008.

    11.2 The addendum issued under ITT Sub-Clause 11.1 shall become an integral part of the Tender Document and shall have a date and an issue number and shall be circulated by fax, mail or e-mail, to Tenderers who have purchased the Tender Documents within five (5) working days of issuance of such addendum, to enable Tenderers to take appropriate action.

    11.3 The Tenderer shall acknowledge receipt of an addendum.

    11.4 Tenderers who have purchased the Tender Documents but have not received any addendum issued under ITT Sub-clause 11.1 shall inform the Purchaser of the fact by fax, mail or e-mail before two-third of the time allowed for the submission of Tenders has elapsed.

    11.5 Procuring Entities shall also ensure posting of relevant addenda with the reference number and date on their website.

    11.6 To give a prospective Tenderer reasonable time in which to take an amendment into account in preparing its Tender, the Purchaser may, at its discretion, extend the deadline for the submission of Tenders, pursuant to Rule 95(6) of the Public Procurement Rule, 2008 and under ITT Clause 36.

    11.7 If an addendum is issued when time remaining is less than one-third of the time allowed for the preparation of Tenders, a Purchaser shall extend the deadline by an appropriate number of days for the submission of Tenders, depending upon the nature of the Procurement requirement and the addendum. The

  • Supply of turbine supervisory electrical instrument for Tongi 80 MW PS

    7

    minimum time for such extension shall not be less than seven (7) days.

    C. Qualification Criteria

    12. General Criteria

    12.1 The Purchaser requires the Tenderer to be qualified by meeting predefined, precise minimum requirements, which entails setting pass/fail criteria, which if not met by the Tenderer, will result in rejection of its Tender.

    12.2 In addition to meeting the eligibility criteria, as stated in ITT Clause 5, the Tenderer must satisfy the other criteria stated in ITT Clauses 13 to 15 inclusive.

    12.3 To qualify for a multiple number of lots in a package for which tenders are invited in the Invitation for Tenders, The Tenderer shall demonstrate having resources and experience sufficient to meet the aggregate of the qualifying criteria for the individual lot. The requirement of overall experience and specific experience under ITT Sub-Clause 14.1 (a) and 14.1 (b) shall not be separately applicable for individual lot.

    13. Litigation History

    13.1 The maximum number of arbitration awards against the Tenderer over a period shall be as specified in the TDS.

    14. Experience Criteria

    14.1 Tenderers shall have the following minimum level of supply experience to qualify for supplying the Goods and Related Services under the contract:

    (a) A minimum number of years of overall experience in the supply of goods and related services as specified in the TDS; and

    (b) Specific experience of satisfactory completion of supply of similar goods of minimum value stated in the TDS under maximum number of contracts stated in TDS within the period stated in TDS; and

    (c) A minimum supply and/or production capacity of Goods as specified in the TDS.

    15. Financial Criteria

    15.1 Tenderers shall have the following minimum level of financial capacity of qualify for the supply of goods under the contract:

    (a) Availability of minimum liquid assets or working capital or credit facilities from a Bank, as specified in the TDS.

    16. Appointment of Subcontractor

    16.1 Tenderer, pursuant to Rule 53 of the PPR2008, is allowed to sub-contract a portion of the Supply.

  • Supply of turbine supervisory electrical instrument for Tongi 80 MW PS

    8

    16.2 The Tenderer shall specify in its Tender all portion of the Goods that will be Subcontracted, if any, including the entity(ies) to whom each portion will be subcontracted to, subject to the maximum allowable limit for subcontracting of Goods specified in the TDS.

    16.3 All subcontracting arrangement must be disclosed at the time of Tendering, and subcontractors must be identified in the Tender submitted by Tenderer.

    16.4 A Subcontractor may participate in more than one Tender, but only in that capacity.

    16.5 Subcontractors must comply with the provision of ITT Clause 5. For this purpose contractor shall complete the Subcontractors information in Form PG4-1 for submission with tender.

    16.6 If the Purchaser determines that a subcontractor is ineligible, the subcontracting of such portion of the Goods assigned to the ineligible subcontractor shall be disallowed.

    D. Tender Preparation

    17. Only One Tender

    17.1 If a Tender for Goods is invited on lot-by-lot basis, each lot shall constitute a Tender. A Tenderer shall submit only one (1) Tender for each lot, A Tenderer who submits or participates in more than one (1) Tender for each lot will cause all the Tenders with that Tenderers participation to be rejected.

    18. Cost of Tendering

    18.1 Tenderers shall bear all costs associated with the preparation and submission of its Tender, and the Purchaser shall not be responsible or liable for those costs, regardless of the conduct or outcome of the Tendering process.

    19. Issuance and Sale of Tender Document

    19.1 A Purchaser, pursuant to Rule 94 of the Public Procurement Rules,2008 shall make Tender Documents available immediately to the potential Tenderers, requesting and willing to purchase at the corresponding price if the advertisement has been published in the newspaper pursuant to Rule 90 of the Public Procurement Rules,2008.

    19.2 Full contact details with mailing address, telephone and facsimile

    numbers and electronic mail address, as applicable, of those to whom Tender Documents have been issued shall be recorded with a reference number by the Purchaser or its agent.

    19.3 There shall not be any pre-conditions whatsoever, for sale of Tender Document and the sale of such Document shall be permitted up to the day prior to the day of deadline for the submission of Tender.

    20. Language of Tender

    20.1 Tenders shall be written in English language. Supporting documents and printed literature furnished by the Tenderer may be in another language provided they are accompanied by an accurate translation of the relevant passages into the English language, in which case, for purposes of interpretation of the Tender, such translation shall

  • Supply of turbine supervisory electrical instrument for Tongi 80 MW PS

    9

    govern.

    20.2 Tenderers shall bear all costs of translation to the governing language and all risks of the accuracy of such translation.

    21. Contents of Tender

    21.1 The Tender prepared by the Tenderer shall comprise the following:

    (a) Tender Submission Letter (Form PG4-1) as furnished in Section 5: Tender and Contract Forms;

    (b) Tenderer information sheet (Form PG4-2) as furnished in Section 5: Tender and Contract Forms;

    (c) The completed Price Schedule for Goods and Related Services (Form PG4-3A, 3B, 3C and PG4-3D) as furnished in Section 5: Tender and Contract Forms as stated under ITT Clauses 23 and 24;

    (d) Tender Security as stated under ITT Clause 29,30 and 31;

    (e) The completed Specifications Submission and Compliance Sheet (Form PG4-4) as furnished in Section 5: Tender and Contract Forms as stated under ITT clause 25.2;

    (f) Alternatives, if permitted, as stated under with ITT Clause 22;

    (g) Written confirmation authorising the signatory of the Tender to commit the Tenderer, as stated under ITT Sub-Clause 34.3;

    (h) The completed eligibility declarations, to establish its eligibility as stated under ITT Clause 5, in the Tender Submission Sheet (Form PG4-1), as furnished in section 5: Tender and Contract Forms;

    (i) An affidavit confirming the legal capacity stating that there are no existing orders of any judicial court that prevents either the Tenderer or employees of a Tenderer entering into or signing a Contract with the Purchaser as stated under ITT clause 5;

    (j) An affidavit confirming that the Tenderer is not insolvent, in receivership or not bankrupt or not in the process of bankruptcy, not temporarily barred from undertaking their business for financial reasons and shall not be the subject of legal proceedings for any of the foregoing as stated under ITT Clause 5;

    (k) A certificate issued by the competent authority stating that the Tenderer is a Tax payer having valid Tax identification Number (TIN) and VAT registration number or in lieu any other document acceptable to the Purchaser demonstrating that the Tenderer is a genuine Tax payer and has a VAT registration number as a proof of fulfillment of taxation obligations as stated under ITT Clause 5. In the case of

  • Supply of turbine supervisory electrical instrument for Tongi 80 MW PS

    10

    foreign Tenderers, a certificate of competent authority in that country of which the Tenderer is citizen shall be provided ;

    (l) Documentary evidence demonstrating that they are enrolled in the relevant professional or trade organizations registered in Bangladesh or in case of foreign tenderer in their country of origin or a certificate concerning their competency issued by a professional institution in accordance with the law of the country of their origin, as stated under ITT Clause 5;

    (m) The country of origin declarations, to establish the eligibility of the Goods and Related Services as stated under ITT Clause 6, in the Price Schedule for Goods and Related Services (Form PG4-3B, 3C and PG4-3D) as, applicable, furnished in Section 5: Tender and Contract Forms;

    (n) Documentary evidence as stated under ITT Clauses 25, that the Goods and Related Services conform to the Tender Documents;

    (o) Documentary evidence as stated under ITT Clause 26 that the Tenderers qualifications conform to the Tender Documents;

    (p) Documents establishing legal and financial autonomy and compliance with commercial law, as stated under ITT Sub-clause 5.3 in case of government owned entity; and

    (q) Any other document as specified in the TDS.

    21.2 The Tenderer shall submit the Tender Submission Letter (Form PG4-1) as furnished in Section 5: Tender and Contract Forms. This form must be completed without any alterations to its format, and no substitutes shall be accepted. All blank spaces shall be filled in with the information requested.

    21.3 The Tenderer shall submit the completed Price Schedule for Goods and Related Services (Form PG4-3A, 3B, 3C and PG4-3D), according to their origin as appropriate as furnished in section 5: Tender and Contract Forms.

    22. Alternatives 22.1 Unless otherwise stated in the TDS, alternatives shall not be considered.

    23. Tender Prices, Discounts

    23.1 The prices and discounts quoted by the Tenderer in the Tender Submission Letter (Form PG4-1) and in the Price Schedule (Form PG4-3A, 3B, 3C and PG4-3D) shall conform to the requirements specified below.

    23.2 All lots or items as listed in Section 6: Schedule of Requirements must be listed and priced separately on the Price Schedule following the Form PG4-3A, 3B, 3C and PG4-3D as applicable.

  • Supply of turbine supervisory electrical instrument for Tongi 80 MW PS

    11

    23.3 Tenders are being invited either for a single lot or for a number of lots on lot-by-lot basis, as specified in the TDS.

    23.4 Each lot shall constitute a Tender, If Tenders for Goods are invited on lot-by-lot basis.

    23.5 Tenders being invited for a single lot or for a number of lots on lot-by-lot basis, price quoted shall correspond to 100% of the items specified for each lot and to 100% of the quantities specified for each item of that particular lot and shall correspond to 100% of the total offered lot value, unless otherwise stated in the TDS

    23.6 A Lot Tender not offering minimum number of items of those being priced based on percentage of the total number of items, and, the corresponding minimum value based on percentage of the total lot value, as specified in the ITT Sub-Clause 23.5 shall also be considered non-responsive.

    23.7 Subject to ITT Sub-Clause 23.5, a Lot tender not offering a particular item which represents more than fifty percent (50%) of the estimated lot value identified by the Purchaser and specified in the TDS, even if it complies with the requirement of minimum number of items based on percentage of the total number of items as stated under ITT Sub Clause 23.5, shall be considered non-responsive.

    23.8 The price to be quoted in Tender Submission Letter (Form PG4-1) shall be the total price of the Tender, excluding any discounts offered, only in case of being awarded more than one lot, by the Tenderer

    23.9 The Tenderer wishing to offer any discount shall indicate the methodology for their application in the Tender Submission Letter (Form PG4-1) for being awarded of more than one lot.

    23.10 Prices shall be quoted as specified in each Price Schedule (Form PG4-3A, 3B, 3C and PG4-3D) as applicable. The dis-aggregation of price components is required solely for the purpose of facilitating the comparison of tenders by the Purchaser. This shall not in any way limit the Purchasers right to contract on any of the terms offered. In quoting prices, the Tenderer shall be free to use transportation through carriers registered in any eligible Countries. Similarly, the Tenderer may obtain insurance services from any eligible country. Prices shall be entered in the following manner:

    23.11 For Goods, manufactured within Bangladesh, the prices in the Price schedule (Form PG4-3A) shall be entered separately in the following manner:

    (a) the price of the Goods quoted EXW (ex works, ex factory, ex warehouse, ex showroom, or off-the-shelf, as applicable), including all customs duties and import vat and other taxes already paid or payable on the components and raw material

  • Supply of turbine supervisory electrical instrument for Tongi 80 MW PS

    12

    used in the manufacture or assembly of the Goods;

    (b) VAT payable on account of supplier, if the contract is awarded ; and

    (c) the price for inland transportation, insurance, and other local costs for the delivery of the Goods to their final destination (Project Site) specified in the TDS.

    23.12 For Goods, manufactured outside Bangladesh, to be imported, the prices in the Price schedule (Form PG4-3B) shall be entered separately in the following manner:

    (a) the price of the Goods, quoted CIP (named place of destination, in the Bangladesh ) or CIF (named port of destination, in Bangladesh) as specified in the TDS;

    (b) VAT payable on account of supplier, if the contract is

    awarded; and

    (c) the price for inland transportation, insurance, and other local costs for the delivery of the Goods to their final destination (Project Site) specified in the TDS;

    (d) in addition to the CIP/CIF prices specified in 23.12(a) above, the price of the Goods to be imported may be quoted in other INCOTERM and shall be governed by the rules prescribed in the current edition of INCOTERM published by the International Chamber of Commerce, Paris, if so specified in the TDS;

    23.13 For Goods, manufactured outside Bangladesh, already imported, the prices in the Price schedule (Form PG4-3C) shall be entered separately in the following manner:

    (a) the price of the Goods, including the original import value of the Goods; plus any mark-up ; plus any other related local cost, and custom duties, import VAT and other import taxes already paid on the Goods already imported.

    (b) the custom duties, import VAT and other import taxes already paid (need to be supported with documentary evidence) on the Goods already imported;

    (c) the price of the Goods, obtained as the difference between (a) and (b) above;

    (d) VAT payable on account of supplier, if the contract is awarded; and

    (e) the price for inland transportation, insurance, and other local costs for the delivery of the Goods to their final destination (Project Site) specified in the TDS.

    [For previously imported Goods, the quoted price shall be distinguishable

    from the original import value of these Goods declared to customs and shall

  • Supply of turbine supervisory electrical instrument for Tongi 80 MW PS

    13

    include any rebate or mark-up of the local agent or representative and all

    local costs except import duties and taxes, which have been paid. For clarity

    the tenderers are asked to quote the price including import duties, and

    additionally to provide the import duties and the price net of import duties

    which is the difference of those values.]

    23.14 for Related Services, other than inland transportation and other services required to convey the Goods to their final destination, whenever such Related Services are specified in the Schedule of Requirements, the prices in the price schedule (Form PG4-3D) shall be entered in the following manner :

    (a) the price of each item comprising the Related Services (inclusive of any applicable taxes).

    24. Tender Currency

    24.1 For expenditures that will be incurred in Bangladesh, the Tenderer shall quote the prices in Bangladesh Taka.

    24.2 Suppliers offering Goods manufactured or assembled in Bangladesh, are permitted to submit their Tender in a combination of local and foreign currencies.

    24.3 For expenditures that will be incurred outside Bangladesh, the Tenderer may quote the prices in USD or GBP or EUR or JPY as specified in TDS.

    25. Documents Establishing the Conformity of the Goods and Related services

    25.1 To establish the conformity of the Goods and Related Services to the Tender Documents, the Tenderer shall furnish as part of its Tender the documentary evidence that the Goods and Related services conform to the technical specifications and standards in Section 7, Technical Specifications.

    25.2 Documentary evidence of conformity of the Goods and services to the Tender Documents may be in the form of literature, drawings, and data, and shall consist of:

    (a) a detailed description of the essential technical and performance characteristics of the Goods;

    (b) if so required in TDS, tenderer shall also furnish a list giving full particulars, including available sources and current prices of spare parts, special tools, etc., necessary for the proper and continuing functioning of the Goods during the period specified in the TDS, following commencement of the use of the Goods by the Purchaser ; and

    (c) an item-by-item commentary on the Purchasers Technical Specifications demonstrating substantial responsiveness of the Goods and Related services to those specifications, or a statement of deviations and exceptions to the provisions of Section 7. Technical Specifications.

    26. Documents Establishing Qualifications

    26.1 The documentary evidence of the Tenderers qualifications to perform the contract if its Tender is accepted shall establish to the

  • Supply of turbine supervisory electrical instrument for Tongi 80 MW PS

    14

    of the Tenderer

    Purchasers satisfaction:

    (a) that the Tenderer meets each of the qualification criterion specified in Sub-Section C, Qualification Criteria of the ITT;

    (b) that, if required in the TDS, a Tenderer that does not manufacture or produce the Goods it offers to supply shall submit the Manufacturers Authorization Letter (Form PG4-5) furnished in Section 5: Tender and Contract Forms, to demonstrate that it has been duly authorized by the manufacturer or producer of the Goods to supply the Goods to Bangladesh.; and

    (c) that, if required in the TDS, in case of a Tenderer not doing business within Bangladesh, the Tenderer is or will be (if awarded the contract) represented by an Agent in the country equipped and able to carry out the Suppliers maintenance.

    27. Validity Period of Tender

    27.1 Tender validities shall be determined on the basis of the complexity of the Tender and the time needed for its examination, evaluation, approval of the Tender and issuance of the Notification of Award pursuant to Rule 19 and 20 of the Public Procurement Rules,2008.

    27.2 Tenders shall remain valid for the period specified in the TDS after the date of Tender submission deadline prescribed by the Purchaser, as stated under ITT Clause 36. A Tender valid for a period shorter than that specified will be rejected by the Purchaser as non- responsive.

    28. Extension of Tender Validity and Tender Security

    28.1 In justified exceptional circumstances, prior to the expiration of the Tender validity period, the Purchaser following Rule 21 of the Public Procurerment Rules,2008 may solicit, not later than ten (10) days before the expiry date of the Tender validity, compulsorily all the Tenderers consent to an extension of the period of validity of their Tenders.

    28.2 The request for extension of Tender validity period shall state the new date of the validity of the Tender.

    28.3 The request from the Purchaser and the responses from the Tenderers will be made in writing.

    28.4 Tenderers consenting in writing to the request made by the Purchaser under ITT Sub-Clause 28.1 shall also correspondingly extend the validity of its Tender Security for twenty-eight (28) days beyond the new date for the expiry of Tender validity.

    28.5 Tenderers consenting in writing to the request under ITT Sub-Clause 28.1 shall not be required or permitted to modify its Tender in any circumstances.

    28.6 If the Tenderers are not consenting in writing to the request made by the Purchaser under ITT Sub-Clause 28.1, its Tender will not be considered for subsequent evaluation.

  • Supply of turbine supervisory electrical instrument for Tongi 80 MW PS

    15

    29. Tender Security

    29.1 The Tender Security and its amount shall be determined sufficient to discourage the submission of frivolous and irresponsible tenders pursuant to Rule 22 of the Public Procurement Rule,2008 and shall be expressed as a rounded fixed amount and, shall not be stated as a precise percentage of the estimated total Contract value.

    29.2 The Tenderer shall furnish as part of its Tender, in favour of the Purchaser or as otherwise directed on account of the Tenderer as specified in TDS.

    29.3 Amount of the Tender security may be determined on the basis of different percentages for each lot, but the amount in fixed and currency as specified in TDS, if so indicated that the Tenders are invited on lot-by-lot basis under ITT Sub Clause 23.3

    30. Form of Tender security

    30.1 The Tender Security shall be in the form of an irrevocable bank guarantee issued by an internationally reputable bank and shall require to be endorsed by its any correspondent bank located in Bangladesh, to make it enforceable, in the format (Form PG4-6) furnished in Section 5: Tender and Contract Forms;

    30.2 be payable promptly upon written demand by the Purchaser in the case of the conditions listed in ITT Clause 33 being invoked; and

    30.3 remain valid for at least twenty eight (28) days beyond the expiry date of the Tender Validity in order to make a claim in due course against a Tenderer in the circumstances detailed under ITT Clause 33 and pursuant to Rule 25 of the Public Procurement Rules,2008.

    31. Authenticity of Tender Security

    31.1 The authenticity of the Tender security submitted by a Tenderer shall be examined and verified by the Purchaser in writing from the Bank issuing the security, prior to finalization of the Evaluation Report pursuant to Rule 24 of the Public Procurement Rule, 2008.

    31.2 If a Tender Security is found to be not authentic, the Tender which it covers shall not be considered for subsequent evaluation and in such case the Purchaser shall proceed to take punitive measures against that Tenderer as stated under ITT Sub-Clause 4.6, pursuant to Rule 127 of the Public Procurement Rules, 2008 and in accordance with Section 64(5) of the Public Procurement Act, 2006.

    31.3 Tender not accompanied by a valid Tender Security as stated under Sub-Clause 29, 30 and 31, shall be considered as non-responsive.

    32. Return of Tender Security

    32.1 No Tender security shall be returned by the Tender Opening Committee (TOC) during and after the opening of the Tenders pursuant to Rule 26 of the Public Procurement Rules 2008.

    32.2 No Tender security shall be returned to the Tenderers before contract signing, except to those who are found non-responsive.

    32.3 Tender securities of the non-responsive Tenders shall be returned immediately after the Evaluation Report has been approved by the Purchaser.

  • Supply of turbine supervisory electrical instrument for Tongi 80 MW PS

    16

    32.4 Tender securities of the responsive Tenderers shall be returned only after the lowest evaluated responsive Tenderer has submitted the performance security and signed the contract , that being even before the expiration of the validity period specified in Clause 27.

    32.5 Tender Securities of the Tenderers not consenting within the specified date in writing to the request made by the Purchaser under ITT Sub-Clause 28.1 in regard to extension of its Tender validity shall be discharged or returned forthwith.

    33. Forfeiture of Tender Security

    33.1 The Tender security pursuant to Rule 25 of the Public Procurement Rules,2008 may be forfeited if a Tenderer:

    (a) withdraws its Tender after opening of Tenders but within the validity of the Tender as stated under ITT Clauses 27,and 28, pursuant to Rule 19 of the Public Procurement Rules 2008; or

    (b) refuses to accept a Notification of Award as stated under ITT Sub-Clause 62.3, pursuant to Rule 102 of the Public Procurement Rules 2008; or

    (c) fails to furnish performance security as stated under ITT Sub-Clause 63.2, pursuant to Rule 102 of the Public Procurement Rules 2008; or

    (d) refuses to sign the Contract as stated under ITT Sub-Clause 67.2 pursuant to Rule 102 of the Public Procurement Rules 2008; or

    (e) does not accept the correction of the Tender price following the correction of arithmetic errors as stated under ITT Clause 49, pursuant to Rule 98(11) of the Public Procurement Rules 2008

    34. Format and Signing of Tender

    34.1 The Tenderer shall prepare one (1) original of the documents comprising the Tender as described in ITT Clause 21 and clearly mark it ORIGINAL. In addition, the Tenderer shall prepare the number of copies of the Tender, as specified in the TDS and clearly mark each of them COPY. In the event of any discrepancy between the original and the copies, the original shall prevail.

    34.2 Alternatives, if permitted under ITT Clause 22, shall be clearly marked Alternative.

    34.3 The original and each copy of the Tender shall be typed or written in indelible ink and shall be signed by a person duly authorised to sign on behalf of the Tenderer. This authorisation shall consist of a written authorisation and shall be attached to the Tender Submission Letter (Form PG4-1).

    34.4 The name and position held by each person signing the authorisation must be typed or printed below the signature.

    34.5 All pages of the original and of each copy of the Tender, except for un-amended printed literature, shall be numbered sequentially and signed or initialled by the person signing the Tender.

  • Supply of turbine supervisory electrical instrument for Tongi 80 MW PS

    17

    34.6 Any interlineations, erasures, or overwriting shall be valid only if they are signed or initialled by the person(s) signing the Tender.

    34.7 Person(s) signing the Tender shall describe his or her name, address, position.

    E. Tender Submission

    35. Sealing, Marking and Submission of Tender

    35.1 The Tenderer shall enclose the original in one (1) envelope and all the copies of the Tender, including the alternative , if permitted under ITT Clause 22 in another envelope, duly marking the envelopes as ORIGINAL ALTERNATIVE (if permitted) and COPY. These sealed envelopes will then be enclosed and sealed in one (1) single outer envelope.

    35.2 Tenders shall be properly marked by Tenderers in order not be confused with other types of correspondence which may also be hand-delivered or posted by mail or courier service. The inner and outer envelopes shall:

    (a) bear the name and address of the Tenderer ;

    (b) be addressed to the Purchaser as stated under ITT Sub-Clause 36.1;

    (c) bear the specific identification of this tendering process indicated in ITT Sub-Clause1.2 and any additional identification marks as specified in the TDS; and

    (d) bear a statement DO NOT OPEN BEFORE the time and date for Tender opening, as stated under ITT Sub- Clause 42.2

    35.3 The Tenderer is solely and entirely responsible for pre-disclosure of Tender information if the envelope(s) are not properly sealed and marked.

    35.4 Tenders shall be delivered by hand or by mail, including courier services to location as designated in the ITT Sub-Clause 36.1.

    35.5 Tenders shall be submitted on the basis of this Tender Document issued by the Purchaser.

    35.6 The Purchaser will, on request, provide the Tenderer with a receipt showing the date and time when its Tender was received.

    35.7 When so specified in the TDS, tenderers shall have the option of submitting their tenders electronically.

    35.8 Tenderers submitting tenders electronically shall follow the electronic tender submission procedures specified in the TDS.

    36. Deadline for Submission of tenders

    36.1 Tenders shall be delivered to the Purchaser at the address specified in the TDS and no later than the date and time specified in the TDS.

  • Supply of turbine supervisory electrical instrument for Tongi 80 MW PS

    18

    36.2 The Purchaser may, at its discretion on justifiably acceptable grounds duly recorded, extend the deadline for submission of Tender as stated under ITT Sub Clause 36.1, in which case all rights and obligations of the Purchaser and Tenderers previously subject to the deadline will thereafter be subject to the new deadline as extended.

    37. Late tender 37.1 Any Tender received by the Purchaser after the deadline for submission of Tenders as stated under ITT Sub-Clause 36.1, shall be declared LATE, rejected, returned unopened to the Tenderer.

    38. Modification, Substitution or Withdrawal of Tenders

    38.1 A Tenderer may modify, substitute or withdraw its Tender after it has been submitted by sending a written notice duly signed by the authorised signatory properly sealed, and shall include a copy of the authorisation (the power of attorney), confirmed by an affidavit duly authenticated as stated under ITT Clause 34.3, provided that such written notice including the affidavit is received by the Purchaser prior to the deadline for submission of Tenders as stated under ITT Sub-Clause 36.1.

    39. Tender Modification

    39.1 The Tenderer shall not be allowed to retrieve its original Tender, but shall be allowed to submit corresponding modification to its original Tender marked as MODIFICATION.

    40. Tender Substitution

    40.1 The Tenderer shall not be allowed to retrieve its original Tender, but shall be allowed to submit another Tender marked as SUBSTITUTION.

    41. Withdrawal of Tender

    41.1 The Tenderer shall be allowed to withdraw its Tender by a Letter of Withdrawal marked as WITHDRAWAL.

    F. Tender Opening and Evaluation

    42. Tender Opening

    42.1 Tenders shall be opened pursuant to Rule 97 following steps in Part D of Schedule IV of The Public Procurement Rule, 2008.

    42.2 Tenders shall be opened in public immediately after the deadline for submission of Tenders at the place, date and time as specified in the TDS but no later than ONE HOUR after expiry of the submission deadline. Tender opening shall not be delayed on the plea of absence of Tenderers or his or her representatives.

    42.3 Any specific electronic Tender opening procedures required if electronic tendering is permitted under ITT Sub-Clause 35.7, shall be as specified in the TDS.

    42.4 Persons not associated with the Tender may not be allowed to attend the public opening of Tenders.

    42.5 The Tenderers representatives shall be duly authorised by the Tenderer. Tenderers or their authorised representatives will be allowed to attend and witness the opening of Tenders, and will sign a register evidencing their attendance.

    42.6 The authenticity of withdrawal or substitution of, or modifications to original Tender, if any made by a Tenderer in specified manner, shall

  • Supply of turbine supervisory electrical instrument for Tongi 80 MW PS

    19

    be examined and verified by the Tender Opening Committee based on documents submitted under ITT Sub Clause 38.1.

    42.7 Tenders will be opened in the following manner:

    (a) firstly, envelopes marked Withdrawal shall be opened and Withdrawal notices read aloud and recorded, and the envelope with the corresponding Tender shall not be opened, but returned unopened to the Tenderer by the Purchaser at a later time immediately after preliminary examination by the Tender Evaluation Committee (TEC) as stated under ITT Sub-Clause 45.1. No Tender withdrawal shall be permitted unless the corresponding withdrawal notice contains a valid authorization to request the withdrawal and in such case the Tender shall be read aloud at the Tender opening ;

    (b) secondly, the remaining Tenders will be sorted out and those marked substitutes or modified will be linked with their corresponding original(O) Tender;

    (c) Next, envelopes marked Substitution(S) shall be opened and read aloud and recorded, and exchanged with the corresponding Tender being substituted, and the substituted Tender shall not be opened, but returned unopened to the Tenderer by the Purchaser at a later time immediately after preliminary examination by the Tender Evaluation Committee (TEC) as stated under ITT Sub-Clause 45.1 . No Tender substitution shall be permitted unless the corresponding substitution notice contains a valid authorization to request the substitution and in such case the Tender shall be read aloud at the Tender opening.

    (d) Next envelopes marked Modification (M) shall be opened and read aloud with the corresponding Tender and recorded. No Tender modification shall be permitted unless the corresponding modification notice contains a valid authorization to request the modification and in such case the Tender shall be read aloud at the Tender opening.

    (e) thirdly, if so specified in this Tender Document, the envelopes marked Alternative (A) shall be opened and read aloud with the corresponding Tender and recorded.

    42.8 Ensuring that only the correct (M), (S), (A),(O) envelopes are opened, details of each Tender will be dealt with as follows:

    (a) the Chairperson of the Tender Opening Committee will read aloud each Tender and record in the Tender Opening Sheet (TOS)

    (i) the name and address of the Tenderer;

    (ii) state if it is a withdrawn, modified, substituted , or original tender;

    (iii) the Tender price;

    (iv) the number of initialled corrections;

    (v) any discounts;

  • Supply of turbine supervisory electrical instrument for Tongi 80 MW PS

    20

    (vi) any alternatives;

    (vii) the presence or absence of any requisite Tender Security; and

    (viii) such other details as the Purchaser, at its discretion, may consider appropriate.

    (b) only discounts and alternative read aloud at the Tender opening will be considered in evaluation;

    (c) all pages of the original version of the Tender, except for un-amended printed literature, will be initialled by members of the Tender Opening Committee.

    42.9 Upon completion of Tender opening, all members of the Tender Opening Committee and the Tenderers or Tenderers duly authorised representatives attending the Tender opening shall sign by name, address, designation and their national Identification Numbers the Tender Opening Sheet, copies of which shall be issued to the Head of the Purchaser or an officer authorised by him or her and also to the members of the Tender Opening Committee and any authorised Consultants and, to the Tenderers immediately.

    42.10 The omission of a Tenderers signature on the record shall not invalidate the contents and effect of the record under ITT Sub-Clause 42.8.

    42.11 No Tender will be rejected at the Tender opening stage except the LATE Tenders. .

    42.12 A copy of the record shall be distributed to all Tenderers who submitted tenders in time, and posted online when electronic tendering is permitted.

    43. Evaluation of Tenders

    43.1 Purchasers Tender Evaluation Committee (TEC) shall examine, evaluate and compare Tenders that are responsive to the mandatory requirements of Tender Documents in order to identify the successful Tenderer.

    43.2 Tenders shall be examined and evaluated only on the basis of the criteria specified in the Tender Document.

    44. Evaluation process

    44.1 The TEC may consider a Tender as responsive in the Evaluation, only if it is submitted in compliance with the mandatory requirements set out in the Tender Document. The evaluation process should begin immediately after tender opening following four steps:

    (a) Preliminary Examination;

    (b) Technical Examinations and Responsiveness;

    (c) Financial evaluation and price comparison;

    (d) Post-qualification of the lowest evaluated responsive Tenders.

    45. Preliminary Examination

    45.1 Compliance, adequacy and authenticity of the documentary evidences for meeting the qualification criterion specified in the corresponding section of the Tender document shall have to be preliminarily examined

  • Supply of turbine supervisory electrical instrument for Tongi 80 MW PS

    21

    and verified.

    45.2 The TEC shall firstly examine the Tenders to confirm that all documentation requested in ITT Clause 21 has been provided. Examination of the compliance, adequacy and authenticity of the documentary evidence may follow the order below:

    (a) verification of the completeness of the eligibility declaration in the Tender Submission Letter (Form PG4-1), to determine the eligibility of the tenderer as stated under ITT Sub-Clause 21(h). Any alterations to its format, filling in all blank spaces with the information requested, failing which the tender may lead to rejection of the Tender;

    (b) verification of that the Tenderer is enrolled in the relevant professional or trade organisations as stated under ITT Clause 21(l);

    (c) verification of the eligibility in terms of legal capacity and fulfilment of taxation obligation by the tenderer in accordance as stated under ITT Sub-Clause 21(i) and 21(k);

    (d) verification of eligibility that the tenderer is not insolvent, in receivership, bankrupt, not in the process of bankruptcy, not temporarily barred as stated under ITT Sub-Clause 21(j);

    (e) verification of eligibility of Tenderers country of origin as stated under ITT Sub-Clause 21(b);

    (f) verification of the written authorization confirming the signatory of the Tenderer to commit the Tender has been attached with Tender Submission Letter (Form PG4-1) as stated under ITT Sub-Clause 21(g); in order to check the authenticity of Tender and Tenderer itself ;

    (g) verification of the Tender Security as stated under ITT Sub-Clause 21(d); and

    (h) Verification of that the written notice for WITHDRAWL and SUBSTITUTION of or MODIFICATION to, the corresponding Tender is proper and authentic, if the tender is WITHDRAWN, SUBSTITUTION or MODIFICATION, as stated under ITT Sub-Clause 38.1

    45.3 The TEC shall confirm that the above documents and information have been provided in the Tender and the completeness of the documents and compliance of instructions given in corresponding ITT Clauses shall be verified, failing which the tender shall be considered as non-responsive.

    46. Technical Examinations & Responsiveness

    46.1 Only those Tenders surviving preliminary examination need to be examined in this phase.

    46.2 Secondly, the TEC will examine the adequacy and authenticity of the documentary evidence which may follow the order below:

    (a) verification of the completeness of the country of origin declaration in the Price Schedule for Goods and Related Services (Form PG4-3B, 3C and PG4-3D) as furnished in Section 5: Tender and Contract Forms to determine the

  • Supply of turbine supervisory electrical instrument for Tongi 80 MW PS

    22

    eligibility of the Goods and Related Services as stated under ITT Sub Clause 21(m).

    (b) verification and examination of the documentary evidence and completed Specification Submission Sheet (Form PG4-4) as furnished in Section 5: Tender and Contract Forms to establish the conformity of the Goods and Related Services to the Tender Documents as stated under ITT Sub Clause 21(e) and 21(n).

    (c) verification and examination of the documentary evidence that the Tenderers qualifications conform to the Tender Documents and the Tenderer meets each of the qualification criterion specified in Sub-Section C, Qualification Criteria as stated under ITT Sub Caluse 21(o).

    (d) verification and examination of the documentary evidence that Tenderer has met all the requirements in regards to scope of Supply as stated under Section 6, Schedule of Requirements, without any material deviation or reservation.

    46.3 TEC may consider a Tender as responsive in the evaluation, only if comply with the mandatory requirements as stated under Clause 46.2.

    46.4 The TECs determination of a Tenders responsiveness is to be based on the documentary evidence as requested in Clause 46.2 without recourse to extrinsic evidence.

    46.5 Information contained in a Tender, that was not requested in the Tender Document shall not be considered in evaluation of the Tender.

    46.6 If a Tender is not responsive to the mandatory requirements set out in the Tender Document it shall be rejected by the TEC and shall not subsequently be made responsive by the Tenderer by correction of the material deviation, reservation.

    46.7 A material deviation or reservation is one-

    (a) which affects in any substantial way the scope, quality, or performance of the Goods and Related Services and Tenderers qualifications mentioned in the Tender Document.

    (b) which limits in any substantial way, inconsistent with the Tender Documents, the Purchaser s rights or the Tenderers obligations under the Contract; or

    (c) whose rectification would anyway affect unfairly the competitive position of other Tenderers presenting responsive Tenders.

    46.8 During the evaluation of Tender, the following definitions apply:

    (a) Deviation is a departure from the requirements specified in the Tender Document;

    (b) Reservation is the setting of limiting conditions or withholding from complete acceptance of the requirements specified in the Tender Document;

    46.9 A TEC may regard a Tender as responsive, even if it contains-

    (a) minor or insignificant deviations, which do not meaningfully

  • Supply of turbine supervisory electrical instrument for Tongi 80 MW PS

    23

    alter or depart from the technical specifications, characteristics and commercial terms and conditions or other requirements set out in the Tender Document;

    (b) errors or oversights, which if corrected, would not alter the key aspects of the Tender.

    47. Clarification on Tender

    47.1 The TEC may ask Tenderers for clarifications of their Tenders, including breakdowns of unit rates, in order to assist the examination and evaluation of the Tenders, provided that, Tender clarifications which may lead to a change in the substance of the Tender or in any of the key elements of the Tender as stated under ITT Sub-Clause 46.7, shall neither be sought nor permitted by the TEC.

    47.2 Change in the tender price shall not be sought or permitted, except to confirm correction of arithmetical errors discovered by the Purchaser in the evaluation of the Tender, as sated under ITT Clause 49.

    47.3 Any request for clarifications by the TEC shall not be directed towards making an apparently non-responsive Tender responsive and reciprocally the response from the concerned Tenderer shall not be articulated towards any addition, alteration or modification to its Tender.

    47.4 If a Tenderer does not provide clarifications of its Tender by the date

    and time set in the TECs written request for clarification, its Tender shall not be considered in the evaluation.

    47.5 Requests for clarification shall be in writing and shall be signed only

    by the Chairperson of the TEC.

    48. Restrictions on the Disclosure of Information Relating to the Procurement Process

    48.1 Following the opening of Tenders until issuance of Notification of Award no Tenderer shall, unless requested to provide clarification to its Tender or unless necessary for submission of a complaint, communicate with the concerned Purchaser pursuant to Rule 31 of the Public Procurement Rule,2008.

    48.2 Tenderers shall not seek to influence in anyway, the examination and evaluation of the Tenders.

    48.3 Any effort by a Tenderer to influence a Purchaser in its decision concerning the evaluation of Tenders, Contract awards may result in the rejection of its Tender as well as further action in accordance with Section 64 (5) of the Public Procurement Act 2006.

    48.4 All clarification requests shall remind Tenderers of the need for confidentiality and that any breach of confidentiality on the part of the Tenderer may result in their Tender being disqualified.

    48.5 Information relating to the examination, evaluation, comparison, and post qualification of the tender or contract award, shall not be disclosed to tenderers or any other persons not officially concerned with such process.

    49. Correction of Arithmetical Errors

    49.1 The TEC shall correct any arithmetic errors that are discovered during the examination of Tenders, and shall promptly notify the concerned Tenderer(s) of any such correction(s) pursuant to Rule

  • Supply of turbine supervisory electrical instrument for Tongi 80 MW PS

    24

    98(11) of the Public Procurement Rule, 2008.

    49.2 Provided that the Tender is responsive, TEC shall correct arithmetical errors on the following basis:

    (a) If there is a discrepancy between the unit price and the line item total that is obtained by multiplying the unit price by the quantity, the unit price shall prevail and the line item total shall be corrected, unless in the opinion of the TEC there is an obvious misplacement of the decimal point in the unit price, in which case the total price as quoted will govern and the unit price will be corrected;

    (b) If there is an error in a total corresponding to the addition or subtraction of subtotals, the subtotals shall prevail and the total shall be corrected.

    49.3 Any Tenderer that does not accept the correction of the Tender amount following correction of arithmetic errors as determined by the application of ITT Sub-Clause 49.2 shall be considered as non-responsive.

    50. Conversion to Single Currency

    50.1 For evaluation and comparison purpose, TEC shall convert all Tender prices expressed in the amounts in various currencies into an amount in Bangladeshi Taka currency, using the selling exchange rates established by the Bangladesh Bank, on the date of Tender opening.

    51. Domestic Preference

    51.1 Domestic preference shall be a factor in tender evaluation, unless otherwise specified in the TDS

    51.2 If domestic preference shall be a tender-evaluation factor, the Purchaser will grant a margin of fifteen percent (15%) domestic preference to Goods manufactured in Bangladesh during the evaluation of its Tender while comparing the same with those of other Tenderers under the classification set out in ITT Sub-Clause 51.3. The evaluation will be carried out in accordance with the provisions set out in ITT Clause 54.

    51.3 Tenders will be classified in one of two groups, as follows:

    (a) Group A: Tender offering goods manufactured in Bangladesh, for which:

    (i) labour, raw materials, and components from within the Bangladesh account for more than thirty (30) percent of the EXW price; and

    (ii) the production facility in which they will be manufactured or assembled has been engaged in manufacturing or assembling such goods at least since the date of tender submission.

    (b) Group B: Tenders offering Goods manufactured outside Bangladesh that have been already imported or that will be imported.

    51.4 To facilitate this classification by the Tenderer, the Tenderer shall complete whichever Form of the Price Schedule furnished in the

  • Supply of turbine supervisory electrical instrument for Tongi 80 MW PS

    25

    Tender Document is appropriate.

    51.5 Completion of an inappropriate Form of the Price Schedule by the Tenderer shall not result in rejection of its tender, but merely in the Purchasers reclassification of the tenderer into its appropriate tender group.

    52. Financial Evaluation

    52.1 Thirdly the TEC, pursuant to Rule 98 of the Public Procurement Rules, 2008 shall evaluate each Tender that has been determined, up to this stage of the evaluation, to be responsive to the mandatory requirements in the Tender Document.

    52.2 To evaluate a Tender in this stage , the Purchaser shall consider the following:

    (a) Verification and examination of the Price Schedule for Goods and Related Services (Form PG4-3A, 3B, 3C and PG4-3D)